Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOLICITATION NOTICE

Z -- Repair Door Heating Track, Bldg 821

Notice Date
3/3/2015
 
Notice Type
Presolicitation
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 934 CONF/LGC, 760 Military Hwy, Minneapolis ARS, Minnesota, 55450-2100
 
ZIP Code
55450-2100
 
Solicitation Number
FA6633-15-R-0002
 
Point of Contact
Carolyn A. Lohman, Phone: 6127131430, Cindy A. Murry, Phone: 612-713-1427
 
E-Mail Address
carolyn.lohman.1@us.af.mil, cynthia.murry@minneapolis.af.mil
(carolyn.lohman.1@us.af.mil, cynthia.murry@minneapolis.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 934th Airlift Wing will be soliciting for Project #QJKL 11-0014, Repair Door Heating Track, Bldg 821. Work to be performed within NAICS code: 238190 size standard $15M. Work to include (but is not limited to) removal of existing door rails and adjacent concrete at the base of the hangar doors; furnish and install natural-gas boiler with heat distribution lines to the hangar door areas; provide continuous PEX (Cross-Linked Polyethylend) tubing in PVC (Poly-Vinyl Chloride) sleeves for hydronic heating along the base of the hangar doors; and, place new concrete in addition to furnishingand installing new hangar door rails. Location will be Bldg 821, at the Minneapolis-St Paul Air Reserve Station, Minneapolis MN as shown on the drawings. Performance period is 120 days. A firm fixed-price Request for Proposal (RFP) is contemplated and will utilize the best value source selection process with the intent to award one contract to one responsible offeror whose proposal conforming to the RFP is the Lowest Priced Technically Acceptable (LPTA) approach. In using this approach, the Government seeks to award a contract to the offeror who gives the Air Force the greatest confidence that they can meet the requirements. The evaluation factors and ratings will be provided in Section M of the RFP. This acquisition is being solicited pursuant to FAR Part 19.5, and issued as a Total Small Business Set-Aside. Magnitude of acquisition is between $500K and $1M. The solicitation, specifications, drawings, wage determination and any other applicable documents will be available via electronic means only at the www.FBO.gov website under solicitation #FA6633-15-R0002, on or about 3 April 2015. Telephone requests for plans will not be honored. Plans and specifications will also be available for examination without charge at the Contracting Office upon coordination with the assigned Contract Specialist. Once the solicitation is posted, it is the responsibility of the Contractor to obtain all necessary updates/amendments. Notice to Offerors: Funds are not presently available for this project. In the event current fiscal year funding does not become available, the requirements will be funded with next year's funds contingent upon appropriation by Congress. The approving authority certifies that the requirement has a high enough priority to ensure it will not be cancelled. All contractors must be registered in the System Award Management (SAM) database to be eligible to receive award http://www.sam.gov and have completed the On-line Representations and Certifications at that site. Note: Ensure the NAICS Code is listed in the SAM registration. Planholders lists will not be maintained, interested vendors should sign up on this web site in the "Interested Vendor List" (IVL) tab to receive notices or "watch" the opportunity. Solicitation documents are available for examination at no cost by contacting the Contract Administrator. Detailed Site visit information will be provided in the RFP package, Section L; Prospective contractors - prime contractors, subcontractors and/or suppliers may attend any site visits upon written advance notification to the assigned Contract Specialist, see FAR Clause 52.236-27. All responsible sources may submit a proposal by the date & time specified. No late proposals will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/934LSSLGC/FA6633-15-R-0002/listing.html)
 
Place of Performance
Address: 934th Airlift Wing, 760 Military Highway, Bldg 821, Minneapolis, Minnesota, 55450-2100, United States
Zip Code: 55450-2100
 
Record
SN03657279-W 20150305/150303234956-0e0fa36d4ac191262a1e5635f185ca48 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.